Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2022 SAM #7419
SOLICITATION NOTICE

65 -- Combined Synopsis Glide Scope(Video Laryngoscopes) (VA-22-00047869)

Notice Date
3/22/2022 10:19:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q0435
 
Response Due
3/25/2022 11:00:00 AM
 
Archive Date
04/24/2022
 
Point of Contact
James Risbon, Contracting Officer, Phone: 757-728-7128
 
E-Mail Address
James.risbon@va.gov
(James.risbon@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis / Solicitation 36C24622Q0435 Glide Scope Core (Video Laryngoscope) Brand Name or Equal - (SDVOSB) Set-Aside Page 1 of Page 1 of Page 1 of Page 10 of 10 Page 1 of Page 1 of Page 1 of This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ 36C24622Q0435. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- 2022-05 dated 03/07/2022 Any amendments issued to this solicitation will ONLY be available on the Contract Opportunities website (https://beta.SAM.gov ). The North American Industrial Classification System (NAICS) code for this procurement is 339112 (Surgical and Medical Instrument Manufacturing) with a business size standard of 1000 Employees. The FSC/PSC is 6515 (Medical and Surgical Instruments, Equipment, and Supplies. This procurement is a Service -Disabled Veterans Owned Small Business (SDVOSB) set-aside to and for all eligible offerors may submit quotes. The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST intends to award a firm-fixed price contract for a Glide Scope Core (Video Laryngoscope) for the Hampton VA Medical Center, 100 Emancipation Drive, Hampton VA, 23667. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: https://www.vip.vetbiz.va.gov/). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote represents the lowest price technically acceptable for the government. Quotes are due by 2:00 PM EST on March 25, 2022. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to james.risbon@va.gov. This combined solicitation/synopsis is for a Glide Scope Core (Video Laryngoscope). PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 P/N: 0270-1022 GlideScope Core 15 Premium Configuration with Smart Cable and GlideScope Quick Connect Cable 8.00 EA ___________ ______________ Salient Characteristics GlideScope Core Characteristics: GlideScope Core is an all-in-one airway visualization system for video laryngoscopy, bronchoscopy, and Dual View airway procedures. It offers immediate access to the tools you need to visualize the airway and tracheobronchial tree. Designed around a high-definition, touchscreen monitor and comprehensive workstation, GlideScope Core delivers elevated visibility and improved workflow. GlideScope Core Features Live Dual View imaging with the capability to view the airway via a GlideScope video laryngoscope and GlideScope BFlex, a single-use flexible bronchoscope 15 or 10 LCD high-definition touchscreen monitor, compatible with glove-use Dual connection ports for two video inputs Dual Views Simultaneously o Dual View, side-by-side images on GlideScope Core 15 o Picture-in-picture images on GlideScope Core 10 GlideScope® MagnaView to enlarge the bronchoscopy view1 SpO2 and pulse rate reading2 on screen and captured images1 and videos Still image and video capture via touchscreen Video playback and image gallery with capability to view full screen1 Internal memory storage of 100 GB and ability to optionally export to USB Patient notes annotation feature o Ability to include optional patient identifiers and/or clinician name1 with patient notes 180-degree image rotation for face-to-face intubations and training HDMI out port for external video display Compatible with these GlideScope products o Spectrum single-use video laryngoscopes o BFlex single-use flexible bronchoscopes o Titanium reusable video laryngoscopes o Video Baton QC Large with single-use GVL Stats Hot swappable blades and bronchoscopes Usability Features1 o Touch targets to select between video laryngoscope and bronchoscope views o Optional auto recording o Enable audio for alerts only o User-settable 12-Hour or 24-Hour clock Warranty: 2 years on GlideScope Core monitor 1 GlideScope Core 10 requires software version 2.0 or greater 2 The SpO2 values and pulse rate reading displayed on the monitor can be used as a convenient secondary display. These are not intended for patient diagnosis IAW 52.252-1 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.212-1 Instructions to Offerors- Commercial Items (NOV 2021) Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on this Combined Synopsis, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; 36C24622Q0435 (Glide Scope Core (Video Laryngoscope) (2) North American Industry Classification System (NAICS) Code (3) Company name, address, and telephone number of the offeror (4) Company Data Universal Numbering System (DUNS) Number (5) Business Size Standard (6) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary (7) Terms of any express warranty (8) Price and any discount terms (9) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. 2.252-1 Solicitation Provisions incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature 52.212-2 Evaluation-Commercial Items (NOV 202) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. (b)The following factors shall be used to evaluate offers: (1) Technical capability or quality of the item offered to meet the Government requirement (2) Price (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror representations and Certifications- Commercial Items (FEB 2021) (JUL 2020) (DEVIATION) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. IAW 52.252-2 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Services (NOV 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2021) (JUL 2020 Deviation) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204 10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204.18 Commercial and Government Entity Code maintenance (AUG 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6 Notice of Total Small Business Set-Aside(NOV 2020) 52.219-28, Post Award Small Business Program Representation (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (Deviation) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (OCT 2018) 525.225-1 Buy-American -Supplies (JAN 2021) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.211-70 Equipment Operation and Maintenance Manuals 852.211-72 Technical Industry Standards (NOV 2018) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) (DEVIATION) 852.219-74 Limitations on Subcontracting- Monitoring and Compliance (JUL 2018) 852.219-77 VA Notice of Limitations on Subcontracting Certification of Compliance for Services and Construction (SEP 2021) (Deviation) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods (JAN 2008) (End of Clauses) All submissions shall be received not later than 2:00 PM EST on March 25, 2022 at james.risbon@va.gov. Late submissions: Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact James Risbon Contracting Officer NCO 6 Hampton, VA James.risbon@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47d8321ca64147088acd74b84b7d18b4/view)
 
Place of Performance
Address: Department of Veterans Affairs Hampton VA Medical Center 100 Emancipation Drive, Hampton 23667
Zip Code: 23667
 
Record
SN06275469-F 20220324/220322230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.